Security Monitoring Center (SMC)
ID: N6660425Q0168Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING (R430)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 12, 2025, 12:00 AM UTC
  3. 3
    Due Feb 18, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for the Security Monitoring Center (SMC) contract, which is set aside for small businesses. The contract entails comprehensive security monitoring services, including the management of electronic security systems, compliance checks, and coordination of emergency responses, ensuring adherence to Department of Defense regulations across various locations. This initiative is crucial for maintaining security protocols and managing controlled unclassified information within naval operations. Interested contractors should contact Kevin E. Silva at kevin.e.silva2.civ@us.navy.mil or call 401-832-3558 for further details, with proposals due by the specified deadline outlined in the solicitation documents.

Files
Title
Posted
Feb 12, 2025, 8:10 PM UTC
Feb 12, 2025, 8:10 PM UTC
The document appears to be an inaccessible government file meant to provide information on federal government RFPs (Requests for Proposals), federal grants, and state and local RFPs. It primarily advocates for downloading the latest version of Adobe Reader to access the content. As a result, there are no specific details, key ideas, or topics provided within the document itself for detailed analysis or summarization. The focus is on the necessity of suitable software for viewing the file, indicating that it contains important information related to government funding opportunities and procurement processes. However, further information is required to expand upon any specific initiatives, guidelines, or subjects related to the RFPs and grants mentioned. The file’s structure seems to revolve around technical support rather than providing substantive content.
Feb 12, 2025, 8:10 PM UTC
This document outlines the requirements for submitting past performance references as part of a government Request for Proposal (RFP). It includes fields for the offeror to fill in essential information regarding their company, including the CAGE code, program name, contract details, and contact information for key personnel involved in the contract. Offerors must specify whether they were a prime contractor or a subcontractor, with a detailed description of their role and the corresponding dollar value if subcontracting. Additionally, the document mandates a written explanation of the work performed relevant to the proposed solicitation, highlighting its similarity in scope, magnitude, and complexity. Offerors are also encouraged to discuss any issues encountered during the contract and the corrective measures taken. This file serves a critical function in evaluating past performance, which is a key factor in the assessment of proposals under government procurement processes, ensuring that contractors have the requisite experience and capability to fulfill contract requirements.
Feb 12, 2025, 8:10 PM UTC
The document outlines the requirements for personnel qualifications and labor mix for a government solicitation related to the NUWCDIVNPT Security Monitoring Center. Offerors must submit a comprehensive Labor Matrix Staffing Plan detailing the allocation of personnel over a five-year period in accordance with the Statement of Work (SOW). Key requirements include assigning three unarmed security monitors 24/7, one project manager during core hours, and designated Shift Leads for daily operations. A proposed labor mix must closely align with the government's estimate, and any deviations exceeding 5% necessitate a detailed rationale. The qualifications of Key Personnel, including a Senior Technical Representative (STR) and additional personnel, must be outlined in resumes, reflecting relevant experience and security clearances. The document emphasizes that any proposed changes to the labor categories must comply with established standards, and proposals lacking adherence to these guidelines risk disqualification. Overall, it establishes the framework for evaluating proposals based on staffing adequacy, expertise, and compliance to ensure effective project execution.
Feb 12, 2025, 8:10 PM UTC
This document outlines the instructions for submitting proposals in response to a U.S. Navy RFP. It emphasizes the responsibility of Offerors to submit complete proposals by the specified deadline via email to a designated government contact. Key submission requirements include a technical and price proposal, along with detailed information such as personnel clearances and facility information. The evaluation process will follow a Pass/Fail criterion, focusing on the Offeror's capabilities to secure personnel clearances and maintain a facility clearance. Additionally, non-price factors like technical capability and past performance are critical, with specific emphasis on demonstrating relevant experience and qualifications of key personnel. The government intends to award a contract to the Offeror presenting the best value, considering both technical execution and pricing. Proposals must meet strict formatting and content guidelines, including the requirement of a staffing plan to align with the proposed work scope. Overall, the document serves as a comprehensive guide for potential contractors to prepare their submissions effectively, ensuring compliance with government standards and enhancing their competitiveness in the proposal evaluation process.
Feb 12, 2025, 8:10 PM UTC
The Statement of Work (SOW) for the Security Monitoring Center (SMC) at the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), outlines requirements for monitoring security systems, compliance checks, and emergency response coordination. The SMC is the central contact point for security and emergency management incidents, ensuring adherence to Department of Defense regulations across various detachments located in multiple states and international sites. The contractor is tasked with daily security monitoring, including the management of electronic security systems, compliance checks of secure areas, and documentation of incidents in the SMC Desk Journal. Additionally, they will support lock and key operations and coordinate emergency responses with public safety partners. Progress reports detailing security activities will be submitted alongside billing. This SOW emphasizes the importance of maintaining security protocols and managing controlled unclassified information, aligning with federal regulations and standards. Overall, it reflects the government's commitment to uphold security measures across its naval operations, ensuring a safe and compliant workplace.
Feb 12, 2025, 8:10 PM UTC
The document outlines the requirements for a Staffing Plan as part of Solicitation # N66604-25-Q-0168, specifically for federal contracts. Offerors must list their proposed labor hours and outline key and non-key personnel, indicating the company the personnel will represent and their labor category in relation to the Statement of Work (SOW) or Performance Work Statement (PWS). Additionally, non-key positions should be denoted as “TBD” if personnel are not identified, while contingent hires must be prefaced with “Contingent -”. Information must be organized initially by SOW/PWS task areas and subsequently by labor categories. The document emphasizes a structured approach to submitting staffing details, underscoring the need for clarity and adherence to stipulated formats as part of the proposal process within the context of federal government RFPs and grants.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR MULTI‐ DISCIPLINE ARCHITECT‐ENGINEER (A‐E) SERVICES IN SUPPORT OF PROJECTS ON NUWC FACILITIES AT NAVAL UNDERSEA WARFARE CENTER NEWPORT DIVISION (NUWCDIVNPT), NEWPORT, RI.
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Newport Division (NUWCDIVNPT), is seeking qualified small business architect-engineer firms to provide multi-discipline architect-engineer (A-E) services for various facility projects in Newport, Rhode Island. The contract will encompass a range of services including planning, design, construction evaluation, and renovation projects, with a maximum contract value of $5 million over a five-year period. This procurement is critical for ensuring the effective management and execution of facility improvements and infrastructure projects at NUWCDIVNPT. Interested firms must submit their qualifications using the SF 330 form by May 12, 2025, with inquiries directed to Michael Ouellette at michael.n.ouellette.civ@us.navy.mil or Alexander Olarte at alexander.olarte.civ@us.navy.mil.
7C20 - Data Center Products
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP FLT LOG CTR NORFOLK, is seeking proposals for web-based user subscriptions that provide access to public data records and law enforcement data to support the NCIS Multiple Threat Alert Center (MTAC). This procurement aims to enhance the MTAC's mission of delivering 24/7 alerts regarding foreign intelligence, cyber, terrorist, and criminal threats to Department of the Navy assets and personnel. The services sought are critical for maintaining situational awareness and ensuring the safety of Navy operations. Interested vendors can reach out to Kevin James at 215-697-5149 or via email at Kevin.n.james1@navy.mil for further details regarding the solicitation.
Request for Information/Synopsis - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking information from qualified contractors for the repair, restoration, and replacement services of the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The procurement aims to establish a Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Cost Reimbursement indefinite delivery/indefinite-quantity contract on a sole source basis with Northrop Grumman Systems Corporation, the original equipment manufacturer, to ensure the operational capability of the Fleet’s complex mast systems. This requirement is critical for maintaining submarine communication systems and supporting various Naval commands and international military partners. Interested parties must submit capability statements by 2:00 PM on April 29, 2025, to Kate Cyr at kate.m.cyr.civ@us.navy.mil, with the anticipated contract award date expected around December 31, 2026.
RTWS Termination - IT Research and Advisory Services
Buyer not available
The Department of Defense, specifically the Department of the Navy through the Naval Undersea Warfare Center (NUWC) Division Newport, is seeking contractors for IT Research and Advisory Services under a Special Notice. The procurement aims to provide comprehensive research and advisory support for all stages of Information Technology work, including strategy, innovation, and technology implementation, as well as hosting training sessions and delivering annual IT compensation data, trend reports, and toolkits. These services are crucial for enhancing IT management and supporting effective decision-making within the department. Interested parties can reach out to Christopher J. Kenney at christopher.j.kenney@navy.mil or 401-832-4828, or Ryan Davis at ryan.p.davis37.civ@us.navy.mil or 401-832-1668 for further information.
Propulsion Test Facility (PTF) Complex Operations & Maintenance (O&M)
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is preparing to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract for the operations and maintenance (O&M) of the Propulsion Test Facility (PTF) Complex in Newport, Rhode Island. The contract aims to ensure the continued operation, maintenance, and upgrades of the PTF, which is vital for testing and engineering functions related to the U.S. Navy's torpedo fleet and associated systems, including the Mk 48 and Mk 54 torpedoes and unmanned underwater vehicles. Interested contractors will be responsible for a range of tasks, including maintaining testing systems, providing technical support, and adhering to safety regulations, with the solicitation expected to be released on or around May 7, 2025. For further inquiries, potential offerors can contact Erin Montanari at erin.l.montanari.civ@us.navy.mil or Carrie Rochelle at carrie.r.rochelle.civ@us.navy.mil.
Unrestricted Cyberspace Science, Research, Engineering and Technology Integration (Cyber MAC)
Buyer not available
The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is conducting a market survey to identify small business capabilities for the Unrestricted Cyberspace Science, Research, Engineering, and Technology Integration services. This opportunity aims to gather information from potential sources to support the development and integration of advanced cyberspace technologies, which are critical for enhancing national security and defense operations. Interested parties are encouraged to review the attached documents available on the e-commerce website, including the Market Survey, Reference Information Sheet, and Draft Statement of Work (SOW). For further inquiries, David Roden, the Contract Specialist, can be contacted at david.m.roden2.civ@us.navy.mil or by phone at 619-553-2087. This notice is for information and planning purposes only and does not constitute a commitment by the Government.
NAVIFOR N4 Directorate Program’s Support Services
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking contractor support services for the management, support, and operation of the Naval Information Forces (NAVIFOR) N4 Directorate Programs. The primary objectives include ensuring seamless integration of programs such as Collaboration at Sea (CAS) and CENTRIXS-M, while adhering to security standards and performance metrics. These services are critical for maintaining effective naval communication systems and enhancing interoperability among coalition forces. Interested small businesses must submit proposals by May 16, 2025, and can contact Amy Barnes at amy.m.barnes14.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil for further information.
NUWC Division Newport Seaport Council
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is hosting a SeaPort-NxG and Contracts Council Meeting on May 14, 2025, aimed at enhancing communication between the Contracts Department and industry stakeholders. Participants are required to register by May 9, 2025, and are encouraged to submit questions in advance to foster discussion during the event. This meeting serves as an important platform for industry engagement, although it is strictly informational and does not involve formal solicitations or proposal presentations. Interested attendees should contact Ms. Maria Gregory at maria.f.gregory.civ@us.navy.mil for registration and inquiries, and must monitor Seaport NxG for any updates related to the event.
Science and Technology Broad Agency Announcement
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is issuing a Broad Agency Announcement (BAA) to solicit proposals for innovative research and development in undersea technology. This opportunity encompasses 27 specific subject areas, including submarine sonar, undersea communications, unmanned underwater vehicle technology, and anti-submarine warfare technologies, aiming to enhance naval capabilities through collaborative industry participation. The BAA is open for approximately five years, allowing continuous proposal submissions, with evaluations based on merit and relevance leading to potential invitations for full proposals. Interested parties can contact NUWC DIVNPT at NUWCNWPT02BAAProposalSubmittal@us.navy.mil for further details, noting that funding will be sourced from RDT&E and RDDA, with no grants awarded.
Replace Restroom Doors
Buyer not available
The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the replacement of two restroom doors and frames, along with necessary repairs to damaged drywall and painting to match existing colors. This project is critical for maintaining the facility's operational integrity and ensuring compliance with safety and quality standards. The contract, which is set aside exclusively for small businesses, is anticipated to be awarded as a firm fixed-price agreement, with an estimated value between $15,000 and $50,000. Interested contractors must submit their proposals electronically by the specified deadline and ensure they are registered in the System for Award Management (SAM). For inquiries, potential bidders can contact Michelle Farrales at michelle.a.farrales.civ@us.navy.mil or James Wasson at james.k.wasson.civ@us.navy.mil.